|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,1998 PSA#200992d Contracting Squadron W. 110 Ent St. (Suite 200), Fairchild AFB, WA
99011-9403, Attn: Theodore D. Sweet, Director Of Business Programs H -- FALCONER TO PROVIDE UP TO THREE (3) FALCONS FOR A PERIOD 15 FEB
98 THROUGH 30 SEP 98 IN SUPPORT OF THE BIRD AIRCRAFT STRIKE HAZARD
(BASH) PROGRAM. SOL F4561397Q5079 DUE 012898 POC POC: SSgt Chronister
(509) 247-2232, Contracting Officer: Laurie D. Whelan (509) 247-3859
This is a combined synopsis/solicitation for commercial items prepared
IAW the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. This solicitation F4561397Q5079 is
issued as an RFQ. This solicitation document and incorporated
provisions are those in effect through Federal Acquisition Circular
90-42. SIC CODE is 8999. Small Business Size Standard is $5M. This
requirement is for the vendor who receives this award as a Falconer to
provide up to three (3) falcons for a period of 15 Feb 98 through 30
Sep 98 in support of the Bird Aircraft Strike Hazard (BASH) program.
The details of this program are as follows: Feb.: days, Mar.: Full
days, Apr.: Full days, May: Full days, Jun.: Full days, Jul.: days,
Aug.: days, Sep.: days. **Full days will constitute Monday through
Friday -- approx. 6 AM -- 10 AM and 1 PM -- 5 PM (subject to agreement
of change). **1/2 days will constitute Monday through Friday --
approx. 7 AM -- 11 AM (subject to agreement of change). The following
item(s) should be included in the total cost for this service as
needed: Bird abatement employing trained falcons, Salary for
experienced falconer, All vehicle costs, Gasoline, Food for the
falcons, Falcon replacement costs during period of this contract,
Telemetry Transmitter replacement costs during period of this contract.
The contract awardee will get use of the following: A building on the
flight line that has a heater and an air conditioner, Use of a hand
held radio to talk with the tower, Base OPS and also horizontal control
along with continued use of a battery charger for this hand held radio.
Any employee will be pre-approved by Wing Safety and/or other Base
Officials. POC fax number: (509) 247-2073. The provision at FAR
52.212-1, Instructions to Offerors-Commercial Items (Oct 1995) applies
to this acquisition. Offerors may submit their offer via mail or fax
at 509-247-2073 or 509-247-9870. The provision at FAR 52.212-2,
Evaluation-Commercial Items (Oct 1995) applies to this acquisition. (a)
The Basis for Contract Award: The Government will award a contract
resulting from this solicitation to the responsible offeror whose offer
conforms to the solicitation requirements and will provide the best
value to the Government considering price and past performance. The
award process is as follows: (1) All responsible offerors whose offer
conforms to the solicitation requirements will be ranked by the quoted
price from lowest to highest. (2) The Government reserves the right to
award a contract to other than the lowest price offeror if that offeror
is not considered to be a low performance risk as described in
paragraph (b) below. (3) If the offeror offering the lowest price offer
is considered to be a low performance risk, this offeror's quote
represents the best value for this acquisition and award shall be made
to this offeror. If the low offeror is not considered to be a low
risk, then the second low responsible offeror will be evaluated, etc.
The lowest priced, low risk, responsible offeror will receive the
award. (b) Performance Risk Assessment: (1) The Government will conduct
an assessment of performance risk based on the offeror's recent and
relevant performance. In assessing performance risk, the government
will (a) seek present and past performance information through the use
of questionnaires; and (b) use data independently obtained from other
Government and Commercial sources. (2) The purpose of this assessment
is to identify and review relevant present and past performance and
then make an overall risk assessment of the offeror's ability to
perform this effort. The assessment process will result in an overall
risk rating of low, other than low, or not applicable (N/A)(an offeror
with no past performance will receive a rating of (N/A). The risk
assessment represents the Government's judgement of the probability of
an offeror successfully accomplishing theproposed effort based on the
offeror's demonstrated present and past performance. (c) Offerors
shall provide a list of at least 2 of the most recent and relevant past
and present contracts as a falconer performed for the Federal Agencies
and commercial customers within the last 3 years. (1) Furnish the
following information for each contract: a. Company/division name, b.
Service accomplished, c. Contracting agency, d. Contract number, e.
Contract dollar value, f. Period of performance, g. Name, address, FAX
number, and telephone number of the Contracting Officer, h. Comments
regarding compliance with contract terms and conditions, I, Comments
regarding any known performance deemed not acceptable to the customer
or not in accordance with the contract terms and conditions. (d)
Offerors should submit sufficient information and in the format
specified to enable the Government to fully ascertain each offeror's
capability to perform all the requirements contemplated by this
solicitation. Offerors may be asked, at the discretion of the
Government, to provide additional information for clarification. The
provision at FAR 52.212-3, Offeror Representations and Certifications
(Oct 1995) applies to this acquisition. A completed, signed copy of
this provision shall be submitted with any quotation. The clause at FAR
52.212-4, Contract Terms and Conditions (Aug 1996), applies to this
acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items
(Aug 1996), applies to this acquisition. Under para (b), the following
clauses are incorporated: 52.222-26, Equal Opportunity (Apr 1984), FAR
52.222-35, Affirmative Action for Specialized Disabled and Vietnam Era
(Apr 1984), FAR 52.222-36, Affirmative Action for Handicapped Workers
(Apr 1984), Far 52.222-37, Employment Reports on Special Disabled
Veterans and Vietnam Era (Jan 1988), FAR 52.225-3, Buy American Act --
Supplies, (Jan 1994). The clause at FAR 52.219-6, Notice of Total
Small Business Set-Aside (Apr 1994), applies to this acquisition. The
clause at DFARS 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes to Defense Acquisition of Commercial Items (Nov
1995), is applicable to this acquisition. Offers are due by 28 Jan 98
NLT 2:00 PM by either mail or fax. Mail to the 92d Contracting
Squadron, 110 W. Ent St, Suite 200, Fairchild AFB, WA 99011-9403 or fax
to (509) 247-2073 / (509) 247-9870, attn: POC: SSgt Jeffrey A.
Chronister @ 509-247-2232. This requirement is a 100% Small Business
Set-Aside requirement. Simplified Acquisition Procedures will be
utilized (0008) Loren Data Corp. http://www.ld.com (SYN# 0038 19980112\H-0001.SOL)
H - Quality Control, Testing and Inspection Services Index Page
|
|